DLA POLICE CENTER APPLICATION SOFTWARE
ID: SP4701-25-R-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 5:00 PM UTC
Description

The Defense Logistics Agency (DLA) is seeking proposals for the development of Police Center Application Software under solicitation number SP4701-25-R-0004. This procurement aims to enhance the operational capabilities of the DLA Police Center by acquiring essential software and hardware services from specified manufacturers, primarily Caliber Public Safety and MicroAutomation, Inc., over a five-year period. The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years, and is expected to comply with federal regulations, including accessibility standards as outlined in the Revised Section 508 of the Rehabilitation Act. Interested vendors must submit their proposals via email to the designated contacts, Vince Palmarini and Christopher P. Lawrence, by April 16, 2025, at 1:00 PM Eastern Time.

Point(s) of Contact
Christopher P. Lawrence
Christopher.Lawrence@dla.mil
Files
Title
Posted
Apr 9, 2025, 7:08 PM UTC
The document outlines a Request for Proposals (RFP) for the DLA Police Center, detailing the procurement of various items and software services over a five-year period. The primary focus is on the acquisition of hardware and software from two main manufacturers, Caliber Public Safety and MicroAutomation, Inc. The agreement includes four option years that extend procurement beyond the base contract period of May 16, 2025, to May 15, 2026. Key items listed include quantities of public safety equipment and various parts for emergency response and computer-aided dispatch systems. Each item’s intended lifespan is established with specific timelines for availability, from initial contracts through multiple option years. Additionally, the document outlines specific software services and their associated costs over the contract period. This RFP serves to enhance the capabilities of the DLA Police Center, ensuring adequate provisions for law enforcement operations while maintaining adherence to budgetary requirements. Vendors are expected to provide detailed pricing and completed units in accordance with outlined specifications, as the RFP aligns with federal grant funding and compliance standards essential for public safety services.
Apr 9, 2025, 7:08 PM UTC
The document provides a comprehensive guideline for completing the Voluntary Product Accessibility Template® (VPAT®) EN 301 549 Edition, serving as a tool for vendors to report their products' conformance to accessibility standards. It outlines the purpose of the VPAT, which is to document compliance with major accessibility standards like WCAG and EN 301 549, facilitating assessments by customers for public procurement of Information and Communication Technology (ICT) products. Key sections include essential requirements for crafting the Accessibility Conformance Report, which stipulates minimum content requirements, evaluation methods, and terminology to be used. Additionally, the document stresses best practices for vendors, including branding, revisions, and the necessity to maintain a clear and accessible format throughout the report. Vendors are advised to ensure their reports align with specified accessibility standards, fully disclosing level of conformance through clear, structured tables. The guidance aims to improve consistency and accuracy in reporting product accessibility, ultimately supporting compliance with federal and local government contracting requirements. This ensures enhanced access for individuals with disabilities and aligns with governmental objectives in fostering inclusivity in technology.
The document outlines the Information and Communications Technology (ICT) Accessibility Requirements per the Revised Section 508 of the Rehabilitation Act, specifically related to software maintenance services and ICT support. It emphasizes that all ICT support documentation and services must adhere to specified standards for accessibility, including help desks, training services, and self-service technical support. Key functional performance criteria include providing accessible modes of operation for users with various disabilities, such as visual, auditory, and physical limitations. Additionally, the report mandates that accessibility features are clearly communicated to support service users, ensuring accommodations for all communication needs. The Accessibility Requirements Report should be included in relevant solicitation documents, guiding procurement processes according to the Revised 508 Standards Toolkit. This file serves to ensure compliance with accessibility requirements, highlighting the federal government's commitment to inclusivity in ICT services for individuals with disabilities. It establishes essential criteria and expectations for agencies involved in ICT procurement and support, reflecting the government's overarching goal of fostering equal access to information technology.
Apr 9, 2025, 7:08 PM UTC
The document outlines a federal acquisition strategy for software licenses and maintenance support related to the Caliber and MicroAutomation brands, essential for the Defense Logistics Agency's (DLA) Police Operations Center (POLC) application. The estimated value for a 12-month base year, along with four 12-month option years, will be funded using FY25 appropriations. The acquisition is executed under Title 41, U.S.C. 3304(a)(1), which allows for limited competition due to the unique qualifications of the vendor, making alternative solutions impractical. Market research confirmed that only Caliber and MicroAutomation products meet the necessary requirements for DLA's cybersecurity needs. An unrestricted Request for Proposal (RFP) will be posted on SAM.gov to solicit offers from all potential sources, including authorized resellers. The intent is to acquire fair and reasonable pricing through competitive proposals analysis, leveraging price comparison techniques. Despite ongoing efforts to foster competition, at present, no viable alternatives to the specified brand names have emerged. The DLA is committed to evaluating new technologies and vendors to enhance future procurement opportunities. This document reflects the agency's efforts to meet operational requirements while adhering to federal regulations regarding procurement processes.
Apr 9, 2025, 7:08 PM UTC
The Defense Logistics Agency (DLA) has issued a Request for Quotation (RFQ) for the development of DLA Police Center Application Software under solicitation number SP4701-25-R-0004. This RFQ is issued as an unrestricted acquisition, identified by NAICS code 541519, and invites offers from certified dealers or resellers. Quotes are due by April 16, 2025, at 1:00 PM Eastern Time, directed to the designated contracting officers via email. The evaluation criteria are based on the lowest price technically acceptable, ensuring that each proposal meets all aspects of the government's requirements outlined in the accompanying Bill of Materials (BoM) and Statement of Work (SOW). The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years. Provisions from the Federal Acquisition Regulation (FAR) apply, including clauses concerning compliance and reporting requirements. The selection process aims to ensure that the selected contractor complies with various federal mandates while facilitating the timely acquisition of the necessary software for DLA operations. This effort underscores the DLA's commitment to enhancing its operational capabilities within regulatory frameworks.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various spares related to the Multiple Launch Rocket System (MLRS) under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes specific terms for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure the timely delivery of high-quality defense-related components, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by June 5, 2025, and can direct inquiries to primary contact Mari Bretz at hecmari.bretz@dla.mil or secondary contact Becky Brady at becky.brady@dla.mil.
Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
Buyer not available
The Defense Logistics Agency (DLA) is seeking to procure a Direct to Substrate printer along with maintenance or warranty services for a duration of 60 months. The printer will be utilized for producing color labels on Avery 2900 face film, which is essential for labeling various printed products. This procurement is part of a broader effort to enhance the DLA's document services capabilities, and it is open to full and open competition following recent amendments. Interested vendors must submit their quotes and all required documentation by April 25, 2025, at 10:00 AM EST, and can direct inquiries to David Purvis at david.1.purvis@dla.mil or by phone at 717-770-4906.
Bradley Fighting Vehicle Systems (BFVS) parts
Buyer not available
The Defense Logistics Agency (DLA) is preparing to issue a Request for Proposal for Bradley Fighting Vehicle Systems (BFVS) parts, with the solicitation expected to be released on April 5, 2025. This procurement is designated as a 100% Small Business Set Aside and will encompass various National Stock Numbers (NSNs) related to vehicular brake, steering, axle, wheel, and track components, with specific requirements for packaging, inspection, and acceptance. The contract will be structured as an indefinite quantity contract with one base year and four optional years, totaling a maximum duration of five years, and will include critical military components that adhere to stringent DLA standards, including First Article Testing and compliance with export control regulations. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil, and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-406-1966.
DLA Commercial Solutions Opening (CSO) FY2025
Buyer not available
The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for various Areas of Interest (AOIs) aimed at enhancing procurement capabilities and addressing supply chain vulnerabilities within the U.S. defense logistics system. The DLA seeks innovative solutions, particularly for developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) compliant with established standards, to facilitate competitive procurement for hard-to-source parts. This initiative is crucial for ensuring the availability of necessary components during conflicts and improving overall logistics efficiency. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, with no funding provided for submissions until a contract is awarded; for inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil.
Computer System
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of computer systems, aimed at fulfilling the needs of the Department of Defense. This request for proposals (RFP) invites both small and large businesses to provide commercial items, with a focus on compliance with military packaging and marking standards, as well as adherence to Federal Acquisition Regulation (FAR) guidelines. The procurement is critical for ensuring the availability of reliable IT and telecom services, specifically in the area of compute as a service for military operations. Interested vendors should contact Stacy M. Johnson at stacy.m.johnson@dla.mil or call 1-586-747-4511 for further details regarding submission requirements and deadlines.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The solicitation, designated SPRRA224R0081, includes a five-year indefinite delivery requirement and mandates compliance with strict military specifications, including First Article Testing (FAT) and detailed packaging and marking standards. This procurement is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Theresa Beshienich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil.
5 YR IDR; Sole Source to Elbit
Buyer not available
The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for a five-year, firm-fixed-price, indefinite delivery requirements contract with Elbit Systems of America, aimed at providing spares and repairs for the PEO Missiles and Space Tactical Aviation and Ground Munitions Bradley Program Office. The procurement focuses on specific electronic components, including Electronic Modules, Display Commons, and various processors, with detailed pricing and compliance documentation required for fiscal years 2025 and 2026. This initiative is crucial for maintaining the operational readiness of military systems, ensuring timely support through reliable supplier partnerships. Proposals are due by February 17, 2025, with a prior written intention required within five business days; interested parties should contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.
DLA Court Reporting Service
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide court reporting services for various legal proceedings, including Merit Systems Protection Board (MSPB) hearings, Equal Employment Opportunity Commission (EEOC) hearings, arbitrations, and depositions. The contract will cover a base year from June 1, 2025, to May 31, 2026, with four additional one-year options, requiring an estimated 100 hours of service and 4,000 pages of transcripts annually, delivered both in-person and virtually. These services are crucial for ensuring accurate and court-admissible records of legal proceedings, adhering to strict security and privacy regulations. Interested parties must submit their quotes by May 6, 2025, and direct any questions to Brett Cox at brett.a.cox@dla.mil or Becky Hard at Becky.Hard@dla.mil by April 22, 2025.
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the Subsistence Prime Vendor (SPV) contract to provide food and non-food supplies to military and federally funded customers in Northern Europe. The contract will require the selected vendor to supply a wide range of items, including perishable and semi-perishable food products, beverages, and Food Service Operating Supplies (FSOS), ensuring support for military operations in the region. This procurement is crucial for maintaining the nutritional needs of military personnel and enhancing operational readiness. Interested vendors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil.